J045--Chiller Maintenance and Repair Services Iowa City VA Healthcare System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Iowa City VA Healthcare System, is soliciting Chiller Maintenance and Repair Services under Request for Quote (RFQ) 36C26326Q0278. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm Fixed-Price agreement for a base year and up to four option years. Quotes are due by 13:00 CST on April 11, 2026.
Scope of Work
The contractor will provide comprehensive maintenance and repair services for three chillers and associated equipment, including York and Trane models, at the Iowa City VA Health Care System. Key services include operating inspections, annual preventative maintenance, predictive maintenance, and emergency service calls to ensure equipment remains operational. Deliverables require adherence to OEM specifications, VHA Directive 1061, Cooling Tower Water Systems standards, and the VA Plumbing Design Manual. Specific tasks encompass preventative maintenance, filter changes, lubrication analysis, and technical assistance (both phone and on-site). Emergency services include 40 hours of labor, potential chiller rental, and emergency equipment parts replacement.
Contract Details
- Contract Type: Firm Fixed-Price Contract, utilizing FAR Part 13 (Simplified Acquisition Procedures).
- Period of Performance:
- Base Year: May 1, 2026 – April 30, 2027
- Option Year 1: May 1, 2027 – April 30, 2028
- Option Year 2: May 1, 2028 – April 30, 2029
- Option Year 3: May 1, 2029 – April 30, 2030
- Option Year 4: May 1, 2030 – April 30, 2031
Eligibility & Submission
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The NAICS code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19 Million. Offerors must be registered and current in the System for Award Management (SAM) and certified as an SDVOSB in the SBA database at the time of offer.
- Technical Questions Due: 13:00 CST, April 3, 2026, via email to emanuel.nevarez@va.gov.
- Quotes Due: 13:00 CST, April 11, 2026, via email to emanuel.nevarez@va.gov.
- Evaluation: Award will be based on a Best Value approach, considering Technical Capability (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable/Neutral), and Price (fairness and reasonableness).
Important Notes
Offerors must provide qualified refrigeration technicians with current certifications and experience with York and Trane chillers, and must be authorized OEM distributors for parts and services. A minimum of three years of relevant experience is required. The solicitation has been amended to remove paragraphs related to a $25,000 threshold. The VA is also considering potential modifications to the Statement of Work (SOW) to separate preventive maintenance from repair/replacement services, and to handle repair actions on a case-by-case basis with Contracting Officer approval, aiming to support broader competition for specialized equipment. Offerors must sign and return all solicitation amendments and the Limitation on Subcontracting Certificate with their offer.